4 septembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Contract Awards by US Department of Defense - September 3, 2019

AIR FORCE

Leidos Inc., Reston, Virginia, has been awarded a $445,361,476 indefinite-delivery/indefinite-quantity contract for Air Force National Capital Region information technology services. This contract provides a full range of classified and unclassified information technology services in the National Capital Region. Work will be performed in the National Capital Region to include Joint Base Andrews, Joint Base Anacostia-Bolling and the Pentagon, and is expected to be complete by Sept. 2, 2024. This award is the result of a competitive acquisition and three offers were received. Fiscal 2019 operations and maintenance funds in the amount of $7,522,000 are being obligated at the time of award. The Air Force, District of Washington Contracting, Joint Base Andrews, Maryland, is the contracting activity (FA7014-19-D-A005).

GTA Containers Inc., South Bend, Indiana, has been awarded a $9,478,079 contract modification (P00004) to previously awarded FA8533-16-D-0001 for collapsible fuel tank production. The contract modification provides for the purchase of additional quantities of 34 10K collapsible fuel tanks; 171 50K collapsible fuel tanks; and 130 210K collapsible fuel tanks being produced under the basic contract. Total cumulative face value of the contract is $15,102,610. Work will be performed at South Bend, Indiana, and is expected to be completed by Jan. 31, 2021. Fiscal 2018 other procurement funds are being used and no funds are being obligated at the time of delivery order award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

NAVY

Science Applications International Corp., Reston, Virginia, is awarded a $69,929,520 firm-fixed-price, cost-plus-fixed-fee modification to previously-awarded contract N00024-16-C-6425 to exercise Option Year Three for the production of Mk 48 Mod 7 heavyweight torpedo afterbody/tailcone sections, production support material, spares, auto-electrical power source test sets, engineering support, other direct costs and hardware repair services. Work will be performed in Bedford, Indiana (50%); Marion, Massachusetts (29%); Middletown, Rhode Island (16%); and Indianapolis, Indiana (5%), and is expected to be completed by March 2021. Fiscal 2019 weapons procurement (Navy); fiscal 2019 research, development, test and evaluation (Navy); fiscal 2018 shipbuilding and conversion (Navy); and Foreign Military Sales funding in the amount of $69,929,520 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $50,307,909 cost-plus-incentive-fee modification to previously awarded contract N00024-15-C-5151 to exercise options for ship integration and test of the Aegis Weapon System (AWS) for AWS Baselines through Advanced Capability Build 16. The contract provides for Aegis shipboard integration engineering, Aegis test team support, Aegis modernization team engineering support, Ballistic Missile Defense test team support, Aegis ashore support and AWS element assessments. This contract will cover the AWS ship integration and test efforts for nine new construction DDG 51 class ships and the major modernization of seven DDG 51 class ships. It will additionally cover the integrated combat system modifications and upgrades for all current ships with all AWS Baselines up to and including ACB 16. Work will be performed in Moorestown, New Jersey (49%); Deveselu, Romania (12%); Norfolk, Virginia (8%); San Diego, California (8%); Washington, District of Columbia (7%); Pascagoula, Mississippi (5%); Mayport, Florida (4%); Bath, Maine (3%); and various places each below one percent (4% cumulative), and is expected to be complete by September 2024. Fiscal 2014 shipbuilding and conversion (Navy); fiscal 2019 operation and maintenance (Navy); and fiscal 2019 other procurement (Navy) funds in the amount of $4,774,574 will be obligated at time of award and $1,452,864 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Ultra Electronics Ocean Systems, Braintree, Massachusetts, is awarded a $46,679,930 modification to previously awarded contract N00024-18-C-6405 to exercise Option Year One for the production of MK54 MOD 0 lightweight torpedo array kits. This option provides spares, production support material, and related engineering services, hardware support and maintenance of government-furnished equipment. This modification combines purchases for the Navy (23%); the government of Canada (46%); Netherlands (28%); and Norway (3%) under the Foreign Military Sales (FMS) program. Work will be performed in Braintree, Massachusetts (70%); and Lititz, Pennsylvania (30%), and is expected to be completed by September 2022. FMS funding in the amount of $36,031,476; and fiscal 2019 weapons procurement (Navy) in the amount of $10,648,454 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-6405).

General Atomics, San Diego, California, is awarded a $33,187,541 cost-plus-incentive-fee, indefinite-delivery/definite-quantity contract for up to two Bearing Support Structure (BSS) inseparable assemblies in support of the Columbia-class program. This contract is for a five-year ordering period and does not include options. Work will be performed in Tupelo, Mississippi, and is expected to be completed by August 2024. Fiscal 2019 National Sea-Based Deterrence Fund (NSBDF) funding in the amount of $12,497,115 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center, Carderock Division, West Bethesda, Maryland, is the contracting activity (N00167-19-D-0006).

Homeland Security Solutions Inc., Hampton, Virginia, is awarded a $10,951,521 firm-fixed-priced modification to previously awarded contract M00264-19-C-0007 to exercise Option Year One. The work to be performed provides program management support, training, human resources services and non-guard security support services to the Marine Corps. Work will be performed in Camp Lejeune/New River, North Carolina (11%); Camp Pendleton, California (10%); Washington, District of Columbia (9%); Cherry Point, North Carolina (8%); Miramar, California (8%); Quantico, Virginia (8%); Camp Smith and Kaneohe Bay, Hawaii (7%); Beaufort/Parris Island, South Carolina (6%); Yuma, Arizona (5%); Barstow, California (5%); San Diego, California (5%); Albany, Georgia (5%); Okinawa, Japan (5%); Bridgeport, California (2%); Blount Island, Florida (2%); New Orleans, Louisiana (2%); and Iwakuni, Japan (2%), and is expected to be completed by September 2020. Fiscal 2019 operation and maintenance (Marine Corps) funds in the amount of $10,095,934 will be obligated at the time of award and will expire at the end of the current fiscal year. The Marine Corps Installations, National Capitol Region - Regional Contracting Office, Marine Corps Base Quantico, Virginia, is the contracting activity.

Progeny Systems Corp., Manassas, Virginia, is awarded a $10,688,154 modification to previously awarded contract N00024-18-C-6410 to exercise Option Year Two for the production of MK54 MOD 1 lightweight torpedo proof of design components, test equipment, associated production support material, spares, and engineering and hardware support services. This modification combines purchases for the Navy (99%); and the government of the United Kingdom (1%) under the Foreign Military Sales (FMS) program. Work will be performed in Charleroi, Pennsylvania (70%); Salt Lake City, Utah (26%); and Manassas, Virginia (4%), and is expected to be completed by March 2022. Fiscal 2019 weapons procurement (Navy) funding in the amount of $10,680,514; and FMS funding in the amount of $32,306 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

General Dynamics Land Systems Inc., Sterling Heights, Michigan, has been awarded an estimated $38,040,445 modification (P00039) to a three-year base contract (SPE7MX-16-D-0100) with two one-year option periods adding vehicle spare parts. This is a firm-fixed-price, indefinite-quantity contract. Locations of performance are Michigan and South Carolina, with an Aug. 11, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio.

General Electric Co., Lynn, Massachusetts, has been awarded a maximum $8,845,490 firm-fixed-price delivery order (SPRPA1-19-F-QH08) against a five-year basic ordering agreement (FA8122-19-G-0001) for compressor casings. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 47-month contract with no option periods. Location of performance is Massachusetts, with a July 31, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

ARMY

RTI Technologies LLC,* McEwen, Tennessee, was awarded an $18,601,016 firm-fixed-price contract for or the procurement of the M700 time blast fuse. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 2, 2024. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-0086).

CACI-ISS Inc., Chantilly, Virginia, was awarded a $10,172,707 modification (P00058) to contract W15QKN-15-C-0049 for the Integrated Personnel and Pay System. Work will be performed in Arlington, Virginia, with an estimated completion date of Nov. 30, 2019. Fiscal 2018 research, development, test and evaluation funds in the amount of $10,172,707 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity.

NW Construction Inc.,* Bozeman, Montana, was awarded a $7,656,775 firm-fixed-price contract for equalizer dam and dike modifications, construction, electrical, controls, and concrete. Bids were solicited via the internet with three received. Work will be performed in Fort Hall Indian Reservation, Idaho, with an estimated completion date of June 30, 2021. Fiscal 2019 Bureau of Indian Affairs construction funds in the amount of $7,656,775 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-19-C-0022).

CORRECTION: A $377,006,101 contract award to Southwest Range Services LLC, Las Cruces, New Mexico (W91151-19-C-0008), was announced Aug. 30, 2019, with an incorrect amount of obligated funds. The correct contract obligation amount is $231,230. All other information in the announcement is correct.

U.S. TRANSPORTATION COMMAND

International Auto Logistics LLC, Brunswick, Georgia, has been awarded a task order modification (P00024) on contract HTC711-14-D-R025 in the estimated amount of $14,950,112. This modification provides continued support of transportation and storage of Department of Defense-sponsored (DoD) shipments of privately owned vehicles belonging to military service members, and transportation of DoD-sponsored shipments of privately owned vehicles belonging to DoD civilian employees. Work will be performed at multiple locations within and outside the U.S. The option period of performance is Sept. 1, 2019, to Sept. 30, 2019. Fiscal 2019 transportation working capital funds were obligated. This modification brings the total cumulative face value of the contract to $942,359,138 from $927,409,026. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/1950681/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense - February 24, 2020

    25 février 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - February 24, 2020

    NAVY The Boeing Co., St. Louis, Missouri, is awarded a $93,000,000 cost-plus-fixed-fee, firm-fixed-price indefinite-delivery/indefinite-quantity contract. This contract incorporates the next three planned configurations of the operator flight program/system configuration set into the Royal Australian Air Force F/A-18 F and EA-18G aircraft training systems. Additionally, this contract procures spares, support equipment, technical manual updates and on-site training. Work will be performed in St. Louis, Missouri (85%) and Amberley, Australia (15%) and is expected to be completed in February 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(4). Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-20-D-0003). Arwi JV LLC,* National City, California, is awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $10,000,000 for roofing repair and maintenance at Naval Base Point Loma, California. Initial task order is awarded at $350,180 for re-roofing at Buildings 260 and 262. Included is the requirement to repair and maintain roof components that are incidental to the main roof structure, such as scupper drains, downspouts, gutters, as well as roof-mounted hardware that may require to be removed and reinstalled by reason of the primary roof repair requirements. Work for this task order is expected to be completed by June 2020. All work on this contract will be performed in San Diego, California. The term of the contract is not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (OMN) contract funds in the amount of $350,180 are obligated on this task order and will expire at the end of the current fiscal year. Future task orders will be primarily funded by OMN. This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-20-D-0041). Raytheon Co., Missile Systems, Tucson, Arizona, is awarded a $7,992,944 cost plus fixed-fee modification to previously awarded contract (N00024-17-C-5405) for design agent engineering and technical support services for the Phalanx Close-In Weapon System, SeaRAM, and Land-based Phalanx Weapon System. Only one responsible source and no other supplies or services will satisfy agency requirements. Phalanx Close-In Weapon System (CIWS) is a fast-reaction terminal defense against low and high-flying, high-speed maneuvering anti-ship missile threats that have penetrated all other defenses. CIWS is an integral element of the Fleet Defense In-Depth concept and the Ship Self-Defense Program. Operating either autonomously or integrated with a combat system, it is an automatic terminal defense weapon system designed to detect, track, engage and destroy anti-ship missile threats penetrating outer defense envelopes. Work will be performed in Tucson, Arizona, and is expected to be completed by January 2022. Fiscal 2020 weapon procurement (Navy) funding in the amount of $7,992,944 will be obligated at time of award and will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity. ARMY Griffon Aerospace Inc.,* Madison, Alabama, was awarded a $49,957,259 order-dependent contract to procure MQM-170 "Outlaw" Remotely Piloted Vehicle Targets, MQM-171 "Broadsword" Unmanned Aerial Systems - Targets, depot level repair and maintenance, storage of government furnished equipment, base operations services, field operations services, qualification training execution, and inventory and transfer support for targets management office and other Department of Defense customers. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 23, 2022. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-D-0006). L-J Inc.,* Cayce, South Carolina, was awarded a $13,456,000 firm-fixed-price contract for furnishing plant, equipment, labor, transportation, fuel, lubricant, supplies and materials, and performing all operations in connection with raising dikes and berms, installation of geotextile, and installation of new spillway systems in Clouter Creek, Berkeley County, South Carolina. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of June 18, 2021. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-20-C-0001). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2092565/source/GovDelivery/

  • Contract Awards by US Department of Defense - November 02, 2020

    3 novembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - November 02, 2020

    AIR FORCE Akima Logistics Services LLC, Herndon, Virginia (FA6800-21-D-0002); DynCorp International, Fort Worth, Texas (FA6800-21-D-0005); M1 Support Services LP, Denton, Texas (FA6800-21-D-0003); PAE Aviation and Technical Services LLC, Arlington, Virginia (FA6800-21-D-0001); and Vertex Aerospace LLC, South Madison, Mississippi (FA6800-21-D-0004), have collectively been awarded an $835,000,000 indefinite-delivery/indefinite-quantity multiple award contract for helicopter maintenance services in support of Air Force Global Strike Command, Pacific Air Forces, Air Education and Training Command, and Air Force District of Washington requirements. This contract provides helicopter maintenance, aircrew flight equipment maintenance and weapons maintenance services 24 hours a day, seven days a week. Work will be performed at Malstrom Air Force Base, Montana; Minot AFB, North Dakota; F.E. Warren AFB, Wyoming; Yokota Air Base, Japan; Fairchild AFB, Washington; Kirtland AFB, New Mexico; and Andrews AFB, Maryland. This contract is the result of a competitive acquisition and 11 offers were received. Fiscal 2021 operations and maintenance funds in the amount of $14,521,850 are collectively being obligated at the time of award. Air Force Installation Contracting Center, Barksdale AFB, Louisiana, is the contracting activity. NAVY Huntington-Ingalls Industries - Newport News Shipbuilding, Newport News, Virginia, is awarded a not to exceed $284,285,022 fixed-price-incentive (firm target) modification to previously awarded contract N00024-15-C-2114, and a not-to-exceed $30,714,978 cost-plus-fixed-fee and cost plus incentive fee modification to previously awarded contract N00024-09-C-2116, for the accomplishment of CVN 79 single phase delivery and Joint Strike Fighter (F-35C) capabilities. The Navy is transitioning to a single-phase delivery approach to meet both Fleet requirements and a congressional mandate of ensuring that CVN 79 is capable of operating and deploying Joint Strike Fighter (F-35C) aircraft before completing the post-shakedown availability as codified in Section 124 of the fiscal 2020 National Defense Authorization Act (Public Law 116-92). The single-phase delivery date is planned for June 30, 2024. Work will be performed in Newport News, Virginia, and is expected to be completed by June 2024. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $13,961,569 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Sodexo Management Inc., Gaithersburg, Maryland, is awarded a $124,391,335 firm-fixed-price modification P00043 under previously awarded contract M95494-18-C-0018 for the management and operation of mess halls in support of the Marine Corps Regional Garrison Food Services Program. Work will be performed in Washington, D.C.; Indian Head, Maryland; Quantico, Virginia; Norfolk, Virginia; Camp Lejeune, North Carolina; Cherry Point, North Carolina; Bogue, North Carolina; New River, North Carolina; Beaufort, South Carolina; and Parris Island, South Carolina. Fiscal 2021 military personnel (Marine Corps) funding in the amount of $27,431,955 will be obligated at the time of award and will expire at the end of the current fiscal year. The Marine Corps Installation Command, Arlington, Virginia, is the contracting activity. Sodexo Management Inc., Gaithersburg, Maryland, is awarded a $121,791,100 firm-fixed-price modification P00038 under previously awarded contract M95494-18-C-0016 for the management and operation of mess halls in support of the Marine Corps Regional Garrison Food Services Program. Work will be performed in Camp Pendleton, California; San Diego, California; Twentynine Palms, California; Miramar, California; Yuma, Arizona; and Bridgeport, California. Fiscal 2021 military personnel (Marine Corps) funding in the amount of $27,440,774 will be obligated at the time of award and will expire at the end of the current fiscal year. The Marine Corps Installation Command, Arlington, Virginia, is the contracting activity. Booz Allen Hamilton, McLean, Virginia (N00189-18-D-Z067); CACI Inc. – Federal, Chantilly, Virginia (N00189-18-D-Z068); Science Application International Corp., Reston, Virginia (N00189-18-D-Z069); Capstone Corp., Alexandria, Virginia (N00189-18-D-Z070); and Serco Inc., Herndon, Virginia (N00189-18-D-Z071), are awarded an estimated increased multiple-award-program ceiling-price of $92,834,859 via modifications P00003 to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity multiple award contract program that included terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders to provide technical support services for functions such as chief information officer strategic support; data and information management; engineering support; information technology system support; network support; information assurance/cyber security; enterprise business intelligence/enterprise business analytics; software analysis; hardware maintenance and development; and business process reengineering in support of the Deputy Chief of Naval Operations, the Bureau of Naval Personnel, Navy Personnel Command, the Navy Manpower Analysis Center, Commander Naval Education and Training and Commander Navy Recruiting Command. This modification brings the total cumulative multiple-award-program ceiling to $342,538,913. The contracts run concurrently and the ordering period is expected to be completed by September 2024. Work will be performed in Millington, Tennessee (45%); Pensacola, Florida (27%); Arlington, Virginia (10%); various locations throughout the continental U.S. (16%); and various contractor facilities (2%). Operations and maintenance (Navy) funds will fund individual task orders with appropriate fiscal year appropriations at the time of their issuance. This contract action for the modifications is being executed on a non-competitive basis. The original multiple award contracts were solicited under full and open competition; the multiple-award-program ceiling increase is non-competitive utilizing the authority of 10 U.S. Code 2304(c)(2) as implemented by Federal Acquisition Regulation 6.302-2. The Naval Supply Systems Command, Fleet Logistics Center, Norfolk Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity. Science Applications International Corp., Reston, Virginia, is awarded a $36,020,450 modification (P00005) to previously awarded, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract N00421-18-D-0017. This modification increases the ceiling of the contract to continue to provide systems engineering support to include multi-discipline, integrated technical baseline evaluations, developmental progress assessments, cost, schedule, emerging technology and maturity of design assessments for all Naval Air Systems Command (NAVAIR) acquisition programs in support of the NAVAIR Systems Engineering Department. Work will be performed in Patuxent River, Maryland (95%); various locations within the continental U.S. (4%); and various locations outside the continental U.S. (1%), and is expected to be completed in April 2023. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity. Integral Aerospace,* Santa Ana, California, is awarded a $9,230,400 modification (P00004) to previously awarded firm-fixed-price contract N00019-18-C-1036. This modification exercises an option for the production and delivery of 72 external fuel tanks in support of the F/A-18E/F and EA-18G aircraft. Work will be performed in Santa Ana, California, and is expected to be completed in May 2022. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $9,230,400 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY Burlington Apparel Fabrics, Greensboro, North Carolina, has been awarded a maximum $8,122,500 modification (P00010) exercising the second one-year option period of a one-year base contract (SPE1C1-19-D-1100) with four one-year option periods for cloth. This is a firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is North Carolina, with a Nov. 4, 2021, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2402363/source/GovDelivery/

  • Dubai Airshow - Previous Years Defense Highlights

    12 novembre 2021 | International, Aérospatial

    Dubai Airshow - Previous Years Defense Highlights

    From an ornithopter UAS to a $95 billion Boeing commitment, there have been some huge announcements at the Dubai Airshow over the years.Ensure you are across this years developments by keeping up to date with the 2021 show.

Toutes les nouvelles